MODIFICATION
J -- Hardware remedial maintenance for DEC computer systems
- Notice Date
- 11/30/2005
- Notice Type
- Modification
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, Hill AFB OO-ALC, OO-ALC/PKXD 6038 Aspen Ave (Bldg 1289), Hill AFB, UT, 84056
- ZIP Code
- 84056
- Solicitation Number
- FA8201-06-T-0007
- Response Due
- 12/15/2005
- Archive Date
- 3/31/2006
- Point of Contact
- Richard Salazar, Contract Negotiator, Phone 801-777-1330,
- E-Mail Address
-
richard.salazar@hill.af.mil
- Description
- Combined Synopsis/Solicitation: This is a combined synopsis/solicitation for the acquisition of commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this announcement. This announcment consitutes the only solicitation; propsals are being requested a written solicitation will not be issued. Solicitations must be received by 15 November 2005, late proposals will not be accepted. Solicitation Number: FA8201-06-T-0007 Classification Data: *this solicitation number is issued as an request for quote. NAICS Code: 811219 FSC Code: SBA Applicability & Size Standard: N/A Description of item(s) to be acquired: Hill AFB requires neutron irradiation testing in accordance with the attached statement of work. The statement of work has been amended to remove sections in accordance with Hill AFB security policy. If you require the information removed, sections 1.1.1.3 and 1.1.1.4, please contact the named point of contact for this acquisistion. Dates and Place of Delivery: The requested service shall take place between 12 Months ARO, bid with and with out four (4) option years. Technical points of contact will be provided on the awarded contract. Evaluation of Proposals: Award will be conducted under the provisions of FAR Part 12, Commercial Items, and FAR 13.5, Simplified Acquisition Procedures. The responsible offerors must be registered in the Certifications and Representations database (available at: http://orca.bpn.gov/) system per FAR 52.212-3. Offerors must also be registered in the Central Contractor Registration database (available at: www.ccr.gov) per FAR. Lack of registration in CCR will qualify contractor as ineligable for award. All prospective quoters are responsible for monitoring this site for the release of modifications (if any) or other information pertaining to this request for quotation. All responsible sources may submit a quotation in response to this synopsis, which shall be considered. This synopsis/solicitation is being issued as a Request for Quotation (RFQ), for a firm fixed type contract incorporating provisions and clauses in effect through Federal Acquisitions Circular 2005-05. The Operational Contracting Wing at Hill AFB Utah will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) Price The above criteria will be used to evaluate offers from contractors. Relative importance will be evaluated in decending order. The best value determination is based on a combination of cost and non-cost factors, including: price, past performance, technical capabilities and past experience with like requirements. These factors will be evaluated at random and without weighting. Options(if applicable): The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer?s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Applicable Clauses: The following clauses are applicable by reference: 52.203-3 Gratuities APR 1984 52.203-6 Alt I Restrictions On Subcontractor Sales To The Government (Jul 1995) -- Alternate I OCT 1995 52.204-4 Printed or Copied Double-Sided on Recycled Paper AUG 2000 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment JAN 2005 52.212-4 Contract Terms and Conditions--Commercial Items OCT 2003 52.217-8 Option To Extend Services NOV 1999 52.219-3 Notice of Total HUBZone Set-Aide JAN 1999 52.219-8 Utilization of Small Business Concerns MAY 2004 52.219-14 Limitations On Subcontracting DEC 1996 52.222-3 Convict Labor JUN 2003 52.222-21 Prohibition Of Segregated Facilities FEB 1999 52.222-26 Equal Opportunity APR 2002 52.222-35 Equal Opportunity For Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans DEC 2001 52.222-36 Affirmative Action For Workers With Disabilities JUN 1998 52.222-37 Employment Reports On Special Disabled Veterans, Veterans Of The Vietnam Era, and Other Eligible Veterans DEC 2001 52.222-41 Service Contract Act Of 1965, As Amended MAY 1989 52.223-5 Pollution Prevention and Right-to-Know Information AUG 2003 52.227-1 Authorization and Consent JUL 1995 52.227-2 Notice And Assistance Regarding Patent And Copyright Infringement AUG 1996 52.228-5 Insurance - Work On A Government Installation JAN 1997 52.229-4 Federal, State, And Local Taxes (State and Local Adjustments) APR 2003 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.233-3 Protest After Award AUG 1996 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation APR 1984 52.237-3 Continuity Of Services JAN 1991 52.242-13 Bankruptcy JUL 1995 52.242-15 Stop-Work Order AUG 1989 52.243-5 Changes and Changed Conditions APR 1984 52.246-1 Contractor Inspection Requirements APR 1984 52.247-34 F.O.B. Destination NOV 1991 52.253-1 Computer Generated Forms JAN 1991 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A NOV 2003 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country MAR 1998 252.219-7011 Notification to Delay Performance JUN 1998 252.223-7006 Prohibition On Storage And Disposal Of Toxic And Hazardous Materials APR 1993 252.225-7001 Buy American Act And Balance Of Payments Program APR 2003 252.225-7002 Qualifying Country Sources As Subcontractors APR 2003 252.225-7012 Preference For Certain Domestic Commodities JUN 2004 252.225-7016 Restriction On Acquisition Of Ball and Roller Bearings MAY 2004 252.232-7003 Electronic Submission of Payment Requests JAN 2004 252.243-7001 Pricing Of Contract Modifications DEC 1991 252.243-7002 Requests for Equitable Adjustment MAR 1998 252.246-7000 Material Inspection And Receiving Report MAR 2003 252.247-7023 Transportation of Supplies by Sea MAY 2002 252.247-7024 Notification Of Transportation Of Supplies By Sea MAR 2000 CLAUSES INCORPORATED BY FULL TEXT 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (APR 2005) (DEVIATION) (a) Comptroller General Examination of Record. The Contractor agrees to comply with the provisions of this paragraph (a) if the contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to the right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times, the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vi) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-- (i) 52.219-8, Utilization of Small Business Concerns (October 2000) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $500,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). (v) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004) (E.O. 13201) (vi) 52.222-41, Service Contract Act of 1965, as Amended (May 1989), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.). (vii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Apr 2003) (46 U.S.C. Appx 1241 and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (c) While not required, the contractor May include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days of the expiration of the contract period of performance; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 45 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years. (End of clause) 52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984) Funds are not presently available for performance under this contract beyond 1 year. The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond 1 year, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. (End of clause) 52.233-4 APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM (OCT 2004) United States law will apply to resolve any claim of breach of this contract. (End of clause) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/VFFARA.HTM http://farsite.hill.af.mil/VFDFARA.HTM http://farsite.hill.af.mil/vfafara.htm http://farsite.hill.af.mil/vfaffara.htm (End of clause) 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Requisition Supplement (48 CFR Chapter 2 clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of clause) 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (JAN 2005) (DEVIATION) (a) In addition to the clauses listed in paragraph (b) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract(FAR 52.212-5 (APR 2004) (DEVIATION), the Contractor shall include the terms of the following clause, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: 252.225-7014 Preference for Domestic Specialty Metals, Alternate I (APR 2003) (10 U.S.C. 2533a). 252.247-7023 Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631) 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631) (End of clause) These clauses may be obtained via the internet at FAR site http://www.arnet.gov/far or DFARS site http://farsite.hill.af.mil/VFDFARA.HTM . Proposal Subission Information: All prospective quoters interested in submitting a proposal for this solicitation shall include their name, address, telephone number and point of contact, fax number, email address and commercial and Government (CAGE) code. Quotations are due by 4:00 p.m, Hill AFB Mountain Standare Time. The quoter is encouraged to use the Standard Form 1449, Soliciation/Contract Order for Commercial Items.The form can be found at http://www.afm.ars.usda.gov/forms/ACQU/sf1449.PDF. Emailed proposals are prefered: Richard Salazar Contract Negotiator richard.salazar@hill.af.mil Phone: 801-777-1330 Facsimile proposals will be accepted at (801) 777-0632; Richard Salazar Contract Negotiator Hill AFB 801-777-1330 ph 801-777-0632 fx
- Record
- SN00942115-W 20051202/051130211810 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |